N6523624D1014
Indefinite Delivery Contract
Overview
Government Description
USCG SYMPHONY UPGRADES & C5ISR SYSTEMS,
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$49,999,000 (8% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Camden, New Jersey 8103 United States.
Sole Source This IDC was awarded sole source to L3 Technologies because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This IDC was awarded sole source to L3 Technologies because the government believes that only one company can provide the product / service (FAR 6.302-1).
L3 Technologies was awarded
Indefinite Delivery Contract N6523624D1014 (N65236-24-D-1014)
by
Naval Information Warfare Systems Command
for Uscg Symphony Upgrades & C5Isr Systems,
in September 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation USCG National Security Cutter, Offshore Patrol Cutter, Polar Security Cutter, Fast Response Cutter and TRACEN Petaluma Prod and Supp. of ACRM, Symphony and EXCOMMS Upgrades, RFDS, IVCS, Internal and External Comms, Integration and Equip Engineering Supp.
full & open
with
NAICS 541330 and
PSC K058
via sole source acquisition procedures with 1 bid received.
To date, $13,466,582 has been obligated through this vehicle with a potential value of all existing task orders of $21,633,025.
The total ceiling is $49,999,000, of which 8% has been used.
As of today, the IDC has a total reported backlog of $17,841,780 and funded backlog of $9,675,337.
DOD Announcements
Sep 2024:
L3 Technologies Inc., Camden, New Jersey, is awarded a $37,865,776 indefinite-delivery/indefinite-quantity contract (N6523624D1014) with provisions for cost-plus-fixed-fee and firm-fixed-price orders. The contract will provide management, engineering, and technical support services necessary to upgrade and sustain proprietary L3 Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance communication management systems aboard Coast Guard platforms. The contract includes a five-year base ordering period plus a two-year option period which, if exercised, would bring the cumulative value of this contract to $49,999,000. Fiscal 2024 acquisition, construction, and improvements (Coast Guard) funds in the amount of $1,000,000 will be placed on the first task order and obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Camden, New Jersey. Work is expected to be completed by September 2029. If the option is exercised, work could continue until September 2031. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 3204(a)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.
Status
(Open)
Modified 3/26/25
Period of Performance
9/19/24
Start Date
9/19/29
Ordering Period End Date
Task Order Obligations and Backlog
$3.8M
Total Obligated
$13.5M
Current Award
$21.6M
Potential Award
$9.7M
Funded Backlog
$17.8M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under N6523624D1014
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Year | Contracts | Subcontracts | Grants | Subgrants |
---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under N6523624D1014
Subcontract Awards
Disclosed subcontracts for N6523624D1014
Opportunity Lifecycle
Procurement history for N6523624D1014
Transaction History
Modifications to N6523624D1014
People
Suggested agency contacts for N6523624D1014
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Included (No Subcontracting Possibilities)
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
PTMFLMD2CUB4
Awardee CAGE
11447
Agency Detail
Awarding Office
N65236 NIWC ATLANTIC
Funding Office
N00039 NAVAL INFORMATION WARFARE SYSTEMS
Created By
elizabeth.norris@navy.mil
Last Modified By
elizabeth.norris@navy.mil
Approved By
elizabeth.norris@navy.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
NJ-01
Senators
Robert Menendez
Cory Booker
Cory Booker
Representative
Donald Norcross
Last Modified: 3/26/25